Lease of Warehouse Space within Region 3
Agency: | |
---|---|
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159056384116485 |
Posted Date: | Jan 8, 2024 |
Due Date: | Jan 12, 2024 |
Source: | https://sam.gov/opp/540150515e... |
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
- Contract Opportunity Type: Sources Sought (Original)
- All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
- Original Published Date: Jan 08, 2024 12:17 pm EST
- Original Response Date: Jan 12, 2024 04:30 pm EST
- Inactive Policy: Manual
- Original Inactive Date: Jan 11, 2024
-
Initiative:
- None
- Original Set Aside:
- Product Service Code: X1GZ - LEASE/RENTAL OF OTHER WAREHOUSE BUILDINGS
-
NAICS Code:
- 531120 - Lessors of Nonresidential Buildings (except Miniwarehouses)
-
Place of Performance:
Philadelphia , PAUSA
General Services Administration (GSA) seeks to lease the following warehouse space:
State: Pennsylvania, New Jersey
City: Philadelphia, Pennsauken and surrounding areas as noted below
Delineated Area: Starting at the intersection of Interstate 476 and Route 1, travel north on Route 1 to Route 13, travel north on Route 13 to Levick Street, travel east on Levick Street to the Tacony/Palmyra Bridge, continue east onto Highway 73 to Route 130; travel south on Route 130 to Interstate 76, travel west on Interstate 76 to the Delaware River, following the Delaware River south to Crum Creek, follow Crum Creek west to Interstate 476, travel west on Interstate 476, ending at Route 1.
Minimum Sq. Ft. (ABOA): 22,000 ABOA SF total of mixed space, see the below breakdown
Office – 325 USF
Warehouse – 21,675
Maximum Sq. Ft. (ABOA): 25,500 ABOA SF total of mixed space, see the below breakdown
Space Type: Warehouse
Parking Spaces (Total): 2
Parking Spaces (Reserved and Secured): 2 Surface Spaces
Full Term: 15 years
Firm Term: 10 years
Additional Requirements:
1. The space requirement will include 325 ABOA SF of office space. The ceiling height of this area shall be at a minimum 9’-0” measured from floor to the lowest obstruction.
2. All space shall be contiguous. The warehouse space must be located on the ground level or otherwise be able to facilitate vehicles driving in and out.
3. Column spacing throughout the facility shall be a 12’ x 12’ minimum.
4. The offered space must have a clear ceiling height of 13’-4” inches, measured from floor to the lowest obstruction.
5. Warehouse areas shall have a minimum live load capacity of 333 pounds per square foot.
6. Building must have the capability of climate control: heated to 55 degrees maximum.
7. The site offered shall be able to accommodate turning radii and drive lanes for deliveries via 72’ tractor trailer (AASHTO standard vehicle WB-67). The offer shall provide a visual diagram that illustrates how this requirement can be met.
8. The configuration of the site must be such that a 72’ tractor trailer truck can park fully off of the public street to offload deliveries, within 500 linear feet of the nearest loading bay.
9. The facility and surrounding access drives shall be configured to allow efficient and safe vehicular circulation. Offered locations are subject to a site access evaluation by the Tenant for safety and security reasons, and if deemed unacceptable as a result, the building will be deemed as not acceptable.
Offered space must meet Government requirements for fire safety, accessibility and sustainability standards per the terms of the Lease. A fully serviced lease is not required.
Entities are advised to familiarize themselves with the telecommunications prohibitions outlined under Section 889 of the FY19 National Defense Authorization Act (NDAA), as implemented by the Federal Acquisition Regulation (FAR). ). For more information, visit: https://acquisition.gov/FAR-Case-2019-009/889_Part_B.
At this time, the Government is only considering existing buildings, and will not consider new construction options.
Offers must be received in writing no later than January 12, 2024 by 4:30 PM Eastern Time.
Send Offers to:
Name/Title: Jennifer La Valle, GSA Leasing Specialist
Office Phone: 267-324-9353
Email Address: jennifer.lavalle@gsa.gov
Government Contact Information
Lease Contracting Officer: John McFadden
Leasing Specialist: Jennifer La Valle
Note: Entities not currently registered in the System for Award Management (SAM) are advised to start the registration process as soon as possible.
- R3 OFFICE OF LEASING 100 S. INDEPENDENCE MALL WEST
- PHILADELPHIA , PA 19106
- USA
- Jennifer La Valle
- jennifer.lavalle@gsa.gov
- Phone Number 2673249353
- John McFadden
- john.mcfadden@gsa.gov
- Phone Number 2152877469
- Jan 08, 2024 12:17 pm ESTSources Sought (Original)
- Apr 08, 2023 11:58 pm EDT Presolicitation (Updated)
TRY FOR FREE
Not a USAOPPS Member Yet?
Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.